Search Contract Opportunities

U.S. Government Seeks to Lease Office and Related Space in Washington, DC   3

ID: 9DC2702 • Type: Presolicitation

Description

General Services Administration (GSA) seeks to lease the following space:

City/State: Washington, DC

Delineated Area: Washington, DC Central Employment Area

Minimum Sq. Ft. (ABOA SF): 341,879

Maximum Sq. Ft. (ABOA SF): 358,973

Maximum Sq. Ft. (RSF): 410,255

Space Type: Office and Related Space

Parking Spaces (Total): 30 on-site, reserved, structured spaces

Parking Spaces (Surface): N/A

Parking Spaces (Structured): N/A

Parking Spaces (Reserved): 30 reserved spaces for Official Government Vehicles, the cost of which is to be included in the rental consideration

Full Term: 20 Years

Firm Term: 15 Years

Option Term: 5 Years

Additional Requirements:

  • The offered building must be within 2,640 walkable linear feet of a Metrorail station.
  • The offered building must have the ability to accommodate ISC Level IV Security Requirements.
  • The offered space must not be collocated with residential space.
  • Offered space must be accommodated in no more than one (1) building. To qualify as one (1) building, offered space must be owned by a single owner and the structure(s) must be connected.
  • Approximately 25,000 ABOA SF of the offered space must be on the first (ground) floor of the building.
  • Approximately 1,250 ABOA SF of the offered space must be located adjacent to a loading dock. This space will be used as a mail screening room.
  • Offered space must be contiguous, with the exception of the first/ground floor space and mail screening room referenced above.
  • The offered space must provide a minimum ceiling height of 8'6 clear except on the first/ground floor which must provide a minimum of 10'0 clear.
  • The Government may reserve the right to complete access control measures to secure the building's parking garage.

Not all minimum requirements are reflected in this advertisement. Offered space must meet all requirements outlined in this advertisement as well as all Government requirements contained in Prospectus PDC-05-WA23 and the to-be-issued RLP/Lease, including but not limited to requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease. A fully serviced lease is required. Offered space shall not be in the 1 percent-annual chance floodplain.

Subleases will not be considered.

Entities are advised to familiarize themselves with the telecommunications prohibitions outlined under Section 889 of the FY19 National Defense Authorization Act (NDAA), as implemented by the Federal Acquisition Regulation (FAR).). For more information, visit: https://acquisition.gov/FAR-Case-2019-009/889_Part_B.

Owners, brokers or agents may offer space for consideration. Any properties submitted by brokers or agents must be accompanied by written evidence that they are authorized by the ownership to exclusively represent the building offered.

The General Services Administration (GSA) is using a tenant broker to represent the Government in this transaction. In no event shall a potential offeror enter into negotiations or discussions concerning a space to be leased with representatives of any federal agency other than the authorized offices and employees of the GSA or their authorized representative, CBRE, Inc.

Expressions of interest should include the following information at a minimum:

  1. Building name, address, and age;
  2. Location of space in the building and date of availability;
  3. Rentable square feet (RSF) offered and rate per RSF;
  4. ANSI/BOMA office area/usable square feet (USF) and rental rate per USF, full service inclusive of a Tenant Improvement Allowance (TIA) of $58.96/ABOA SF and a Building Specific Amortized Capital (BSAC) Allowance of $35.00/ABOA SF, meeting GSA's standard building shell requirements. The Government may require an additional TIA of up to $41.04/ABOA SF;
  5. Name, address, telephone number, and email address of authorized contact;
  6. Scaled floor plans (as-built) identifying offered space;
  7. Information on project and building ownership;
  8. A description of additional tenant concessions offered, if any.

Expressions of Interest Due: May 9, 2023, 3:00 PM EDT

Market Survey (Estimated): June 2023

Occupancy (Estimated): June 2025 - January 2027

Send Expressions of Interest to:

Name/Title: Richard Downey / Henry Chapman

Address: CBRE, Inc.

1900 N Street, NW, Suite 700

Washington, DC 20036

Office: (202) 585-5664 / (202) 585-5663

Email Address: richard.downey@gsa.gov; henry.chapman@gsa.gov

Government Contact Information

Lease Contracting Officer Sean J. McNeal

Leasing Specialist Gregory Otten

Broker Richard Downey / Henry Chapman CBRE, Inc.

Overview

Response Deadline
May 9, 2023, 3:00 p.m. EDT Past Due
Posted
April 25, 2023, 10:45 a.m. EDT
Set Aside
None
Place of Performance
Washington, DC (no zip code mentioned) USA
Source
SAM

Current SBA Size Standard
$34 Million
Est. Level of Competition
Low
Odds of Award
54%
On 4/25/23 Broker Services issued Presolicitation 9DC2702 for U.S. Government Seeks to Lease Office and Related Space in Washington, DC due 5/9/23. The opportunity was issued full & open with NAICS 531120 and PSC X1AA.
Primary Contact
Name
Henry O. Chapman   Profile
Phone
(202) 585-5665
Fax
None

Secondary Contact

Name
Richard T. Downey, Jr.   Profile
Phone
(202) 585-5664
Fax
2027831723

Documents

Posted documents for Presolicitation 9DC2702

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation 9DC2702

Award Notifications

Agency published notification of awards for Presolicitation 9DC2702

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation 9DC2702

Similar Active Opportunities

Open contract opportunities similar to Presolicitation 9DC2702

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS CENTRAL OFFICE - BROKER SVCS
FPDS Organization Code
4740-BQ000
Source Organization Code
100180061
Last Updated
May 10, 2024
Last Updated By
william.filiault@gsa.gov
Archive Date
May 10, 2024